Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Maritime Safety Agency (EMSA)
Postal address: Praça Europa 4
Town: Lisbon
NUTS code:
PT170 Área Metropolitana de LisboaPostal code: 1249-206
Country: Portugal
Contact person: Frédéric Hébért
E-mail:
frederic.hebert@emsa.europa.euInternet address(es): Main address:
www.emsa.europa.eu I.3)CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge, at:
www.emsa.europa.euAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Equipment Assistance Service – Northern Baltic Sea
Reference number: EMSA/CPNEG/4/2021
II.1.2)Main CPV code90741200 Oil spillage control services
II.1.3)Type of contractServices
II.1.4)Short description:
The subject mater of the Framework Contract (FWC) is the mobilisation and delivery on site, upon demand and at short notice, of oil pollution response assets, more particularly the availability on-site of specialised Oil Spill Response (OSR) equipment to respond to oil spills in the European regional sea basins.
II.1.5)Estimated total valueValue excluding VAT: 1 660 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)34000000 Transport equipment and auxiliary products to transportation
50000000 Repair and maintenance services
60000000 Transport services (excl. Waste transport)
63121100 Storage services
90730000 Pollution tracking and monitoring and rehabilitation
90741000 Services related to oil pollution
II.2.3)Place of performanceNUTS code: EE Eesti
NUTS code: FI Suomi / Finland
NUTS code: LV Latvija
NUTS code: SE Sverige
Main site or place of performance:
Coastline of an EU Member State within the area defined on the North by a line running from Gävle (Sweden) to Rauma (Finland) and on the South by a line going Norrköpping (Sweden) to Liepāja (Latvia).
II.2.4)Description of the procurement:
For the purpose of setting up the EAS arrangement in the selected area of the coastlines of EU Member States, the Agency intends to conclude a FWC with service providers for the provision of equipment, storage, maintenance, logistics, insurance, testing in water and 24/7 mobilisation services including transport and, if so requested by the user of the equipment, technical support personnel during equipment handover and deployment. The EAS will be implemented through the conclusion of specific contracts on the basis of the conditions set in the FWC.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 1 660 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureCompetitive procedure with negotiation
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.5)Information about negotiationThe contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 31/01/2022
Local time: 16:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.5)Date of dispatch of this notice:14/12/2021